Y--GRTE - Trail Connector Pathway
ID: 140P6025B0002Type: Solicitation
AwardedJul 2, 2025
$2.7M$2,722,569
AwardeeGUARDIAN CONSTRUCTION, INC. 360 SOUTH FORT LANE BLDG #1 , STE D Layton UT 84041 USA
Award #:140P6025C0003
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the construction of the GRTE - Trail Connector Pathway project at Grand Teton National Park. This project involves the development of a 0.8-mile paved pedestrian pathway, designed to enhance visitor accessibility by connecting key locations within the park, and includes features such as concrete box culverts for irrigation management and a designated parking area. The contract, set aside for small businesses under NAICS code 237310, has a total project magnitude estimated between $1 million and $5 million, with a bid opening scheduled for May 19, 2025. Interested contractors should direct inquiries to Bridget Parizek at Bridget_Parizek@nps.gov, and ensure compliance with all specified regulations and deadlines.

    Point(s) of Contact
    Parizek, Bridget
    (402) 800-7927
    (580) 622-2296
    Bridget_Parizek@nps.gov
    Files
    Title
    Posted
    The Pathways – Phase V project at Grand Teton National Park aims to construct a 0.8-mile paved pedestrian pathway connecting key locations within the park. The project, scheduled for execution between July 1 and October 15, 2025, includes features such as a 10-foot wide asphalt path, concrete box culverts for irrigation management, and a designated parking area for visitors. The contract will follow sealed-bid procedures and is governed by the Federal Acquisition Regulation (FAR). Key operational requirements dictate that construction must adhere to National Park Service regulations, with considerations for night sky preservation and appropriate handling of any aircraft activities. The document outlines detailed guidelines on administrative costs, labor, materials, equipment, and the structure of contract modifications, emphasizing transparency and accuracy in pricing. This undertaking represents an essential infrastructure improvement, ensuring that the pathway aligns with safety and environmental standards, ultimately contributing to enhanced visitor accessibility and park usability. Compliance with regulatory and environmental considerations is a significant aspect of the project's execution.
    The document outlines the specifications for the construction of a new roundabout at the Gros Ventre Junction in Wyoming, prepared for the U.S. Department of Transportation's Federal Highway Administration. The project, known as WY NPS GRTE 700(4), aims to enhance safety by improving roadway alignment along Pathway 3, specifically from station limits 14+00 to 21+30. The proposal includes detailed cross-sectional plans and elevations for the pathway, showing the transition from an existing trail to the newly designed route. Key aspects include specific grade and elevation requirements, such as a design grade of 6,400.00 and subgrade specifications. Additionally, the plans adhere to the Federal Highway Administration's standards, ensuring efficient construction and ongoing maintenance. The assessments in this document are essential for guiding contractors in executing the project to meet federal requirements for transportation infrastructure while prioritizing safety for both vehicles and pedestrians. This initiative demonstrates the government's commitment to improving public transport systems and enhancing road safety in national park areas.
    The document outlines the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14," specifically focusing on the construction plans for the Sagebrush Connector Pathway in Grand Teton National Park, Wyoming. Prepared for the U.S. Department of Transportation and the Federal Highway Administration, the document includes detailed cross sections and elevation data for the proposed pathway alignment, spanning from station 800+60 to 843+23.82. Key points include specific elevations, design grades, and associated subground measurements, which are critical for ensuring proper construction standards and stability for the pathway. Furthermore, information about existing utilities and grading is highlighted, emphasizing the need for compliance with federal and local regulations. The document serves as a comprehensive guide for contractors and stakeholders engaged in federal highway projects, ensuring alignment with specifications that uphold safety, functionality, and environmental considerations in public infrastructure development.
    The document outlines the specifications and plans for the Pathways - Phase V project at Grand Teton National Park, Wyoming, under PMIS #207761. It focuses on constructing a 0.845-mile pathway featuring grading, aggregate base, and asphalt concrete paving, alongside parking lots and drainage infrastructure, adhering to the American Association of State Highway and Transportation Officials guidelines. The project is managed by the U.S. Department of Transportation's Federal Highway Administration and includes detailed sections on construction plans, erosion control, drainage systems, temporary and permanent traffic control, and staging locations to facilitate operations. Additionally, various specifics like quantities of materials, layout plans, and environmental considerations are meticulously documented. The project highlights the integration of sustainable practices such as proper erosion control measures and the installation of durable materials to ensure long-term viability. Overall, this undertaking represents the government's commitment to enhancing safe recreational access within national parks while preserving environmental integrity and ensuring compliance with engineering standards.
    The Department of the Interior (DOI) has established the Contractor Performance Assessment Reporting System (CPARS) to fulfill FAR 42.1502, which mandates federal agencies to collect past performance information on contracts. The CPARS process is entirely electronic, allowing for efficient performance evaluations that influence source selection. Contractors must provide the Contracting Officer with the contact details of individuals authorized to access their performance evaluations within 30 days post-award. These designated representatives can comment on the evaluations before submission back to the Assessing Official (AO). Evaluations are confidential and should be protected as source selection sensitive information. Contractors have 60 days after the evaluation is sent to review, comment, or acknowledge receipt. If no comments are provided, the evaluation defaults to a "no comment" status by day 15 and will be returned to the government if not finalized within the 60-day window. Strict control is essential over evaluation access, and it must not be used publicly or for promotional purposes. Additionally, if contractors wish to discuss evaluations, written requests must be directed to the CO within seven days of receipt. Overall, CPARS supports transparent evaluation processes, contributing to accurate decision-making in contract awards and performance assessment in government contracting.
    The government document pertains to a contract report involving a general construction contract under a small business set-aside. It details the total contract value and performance expectations, including a timeframe of 106 calendar days from the Notice to Proceed (NTP). The report outlines fiscal distributions to Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS) across multiple task orders. Key information includes restrictions on subcontractor allocations and the financial breakdown of payments made to various subcontractors categorized as SSS and NSS. Additionally, the report incorporates formulas to calculate limitations on subcontracting based on the amounts paid, highlighting the contractual obligations of the prime contractor. The purpose of this document, embedded within the broader context of federal RFPs and grants, is to ensure compliance with government contracting regulations, specifically in relation to subcontracting and payment transparency. The structured approach emphasizes fiscal responsibility and regulatory adherence within the government contracting framework.
    The Bid Bond form, Standard Form 24, is utilized in federal government bids requiring a guaranty. It establishes an obligation between the Principal (the bidder) and Sureties (guarantors) to protect the Government's interests in the event of a contractor's default. The bond must be executed before the bid opening date and includes details such as the penal sum, bid identification, and the conditions under which the bond is void. The Principal must execute further contractual documents and bonds within specified timeframes after bid acceptance to validate the bond. The document also outlines requirements for Sureties, including corporate approval and liability limitations. Instructions emphasize proper completion of the form, the necessity of corporate seals, and the submission of additional documents for individual sureties. This form plays a crucial role in ensuring accountability in construction, supply, or service contracts within government procurement processes. It aligns with regulations under the Paperwork Reduction Act and aims to standardize bid security practices, reinforcing fiscal responsibility and compliance in government contracting.
    The memorandum from the Western Federal Lands Highway Division provides geotechnical recommendations following a field investigation for the Grand Teton Park WY FLAP Sagebrush Connector Pathway Project. The project entails the construction of a 1-mile paved pedestrian pathway and includes plans for culverts through irrigation ditches. Key findings from the field investigation reveal flat terrain with five test pits dug along the alignment, encountering topsoil and varying alluvial deposits. Notably, organic-bearing clay layers were observed, indicating potential issues with bearing capacity and settlement. Final recommendations include a minimum embedment depth of 3 feet for culverts and an estimated bearing capacity of 8 kips per square foot for the sandy gravel layer, while caution is advised regarding organic clay layers. Potential settlement issues will require careful management; reducing risks may involve subexcavation or reinforcing the subgrade with geogrids. The construction schedule suggests working at the end of the dry season to optimize soil conditions. This analysis serves to ensure structural integrity and sustainability for the proposed pathway, while mitigating environmental impacts within the sensitive national park context. Overall, the document outlines critical geotechnical considerations aimed at enhancing project viability and safety.
    The document outlines the Survey Control point list for the project "WY FLAP TET TR200(1)" designed by WFLHD in Wyoming. It specifies essential details such as the date of final adjustment (October 2013), project units in US survey feet, and the coordinate system (SPCS NAD83 CORS 96; Wyoming West 4904). The survey control points contain geospatial data, including coordinates and elevations for various markers, and aim to maintain accuracy in the field measurements related to the project. The document instructs users on transferring data from Excel sheets, mentioning specific protocols for organizing the information. This file serves as a crucial reference for ensuring precise surveying and alignment during project development, reflecting the typical documentation process associated with federal and state RFPs and grants focused on infrastructure projects. Clarity and accuracy in these records are vital to uphold compliance and facilitate effective project execution.
    The document outlines the specifications for the construction of roads and bridges as part of federal highway projects, specifically detailing the plans prepared for a new pathway project known as the Sagebrush Connector Pathway within the Grand Teton National Park. This project, identified initially as WY NPS GRTE 700(5), is now designated as WY FLAP TET TR 200(1) and requires adherence to the Standard Specifications for Construction outlined in FP-14 by the U.S. Department of Transportation's Federal Highway Administration. Important components of the project include the physical data and cross sections of the proposed road alignment and the installation of drainage culverts to manage water flow effectively. The document serves as a crucial guide to ensure that construction meets federal standards, promoting safety and efficiency in infrastructure development within national park settings. Overall, this initiative reflects the government's commitment to enhancing transportation infrastructure while considering environmental considerations and federal regulations.
    The United States Department of the Interior's National Park Service conducted a site visit for the "Trail Connector Pathway" project at Grand Teton National Park on May 5, 2025. The sign-in sheet listed participating contractors and representatives, including Kirk Hogan from Ridgeline Excavation Inc., Randy Stelzner from Inberg Surveying Co., and others from companies such as Guardian GC, Blue-Trident LLC, and T&G Ventures LLC. Contact details, including phone numbers and emails, were provided for each participant. This document illustrates the preliminary steps in the procurement process related to the project, indicating active engagement from various contractors prior to proposal submission. The site visit is an integral part of the Request for Proposals (RFP) and federal grant processes, emphasizing transparency and communication between federal agencies and potential contractors.
    The document serves as an amendment to the solicitation for the GRTE - Trail Connector Pathway project, issued by the National Park Service (NPS). Its primary purpose is to provide interested parties with a Quality Assurance document and information regarding a Site Visit Attendance. Additionally, it incorporates an Attachment related to a G4 Replacement into the solicitation. The amendment ensures contractors acknowledge receipt through specified methods before the submission deadline, which remains unchanged. The contracting point of contact is identified as Bridget Parizek, who provides her email for further communication. The document emphasizes the importance of adhering to the terms and conditions outlined in the original solicitation and maintains the existing framework of the project, reflecting typical government procurements and modifications common in federal contracts.
    The document serves as an amendment to solicitation 140P6025B0002 for a construction project involving the Trail Connector Pathway in Nebraska. The amendment clarifies responses to bidder inquiries from a previous amendment, particularly regarding value engineering proposals, which can only be submitted post-contract award by the winning contractor. Questions addressed include the acceptance of value engineering bids and the possibility of adding construction access entrances with specific materials. The bid due date remains unchanged, and contractors are instructed to acknowledge receipt of the amendment as outlined to avoid rejection of their offers. The contracting point of contact for further communication is identified as Bridget Parizek. This amendment is essential for ensuring all bidders have clear and updated information as they prepare their proposals, facilitating compliance with the solicitation's requirements.
    The government solicitation is for the GRTE Trail Connector Pathway project at Grand Teton National Park, requiring sealed bids for construction. This project involves creating a 0.8-mile, 10-foot wide pedestrian pathway, connecting the Gros Ventre Junction to the Jackson Hole Community Pathways. The contract will be fixed-price, with a total project magnitude between $1 million and $5 million. Bidders must comply with various regulations, including payment and performance bond requirements, and be registered as small businesses under NAICS code 237310. The bid opening, held virtually on May 19, 2025, mandates electronic submission, with all offers due by that date. The awarded contractor must begin work within 10 days of receiving the notice to proceed and complete the project in 106 calendar days. Additionally, the contractor is obligated to ensure compliance with wage rate requirements and participate in federal policies for energy conservation. This solicitation emphasizes the importance of quality control, timely execution, and adherence to specified guidelines to ensure successful project completion while promoting small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Amendment 2: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a concession contract to provide lodging, campgrounds, food and beverage, retail, marina, and other services within Grand Teton National Park. This opportunity aims to enhance visitor experiences by offering a range of recreational services and amenities, with the next concession contract expected to commence on January 1, 2027. Interested parties must submit detailed financial projections and operational plans, adhering to federal regulations, with electronic proposals due by January 6, 2026, and a hardcopy transmittal letter due by January 13, 2026. For further inquiries, contact Erica Harris at imrconcessions@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.